You are on page 1of 47

CONTAINER CORPORATION OF INDIA LTD.

(A Govt. of India Undertaking)


Two Bid Open Tender
FOR
Supply, Installation Testing and Commissioning of Wireless based IP CCTV
cameras and accessories for CCTV surveillance system at Inland Container
Depot, DDL at Ludhiana, Punjab and DCT-Okhla at New Delhi.
COST OF TENDER DOCUMENT: Rs 2,500/- + vat @5%
BID REF. NO. : CON/NR/MIS/CCTV/01/2013
Office of
Executive Director, Northern Region,
Container Corporation of India Limited,
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi-110020

Regd Office: CONCOR BHAWAN,C-3 Mathura Road, Sarita Vihar, New Delhi-110076.

Page 1 of 47

SECTION - I
INVITATION FOR BIDS
DATE OF ISSUE OF TENDER

DATE: 29.10.2013

Container Corporation of India Ltd. (CONCOR), A Public Sector Unit (PSU) under
Ministry of Railways, Government of India, invites sealed tenders in two bid system for
supply, installation, Testing & Commissioning of Wireless based IP CCTV cameras and
accessories for CCTV surveillance system for our Inland Container Depot, DDL at
Ludhiana, Punjab and Domestic Container terminal, Okhla at New delhi, from
established, experienced and reliable firms/OEMs(Original Equipment Manufacturer) in
field with the brief particulars summarised as below: The offers are invited from the
parties who are capable and satisfy the eligibility criterion as per the tender documents.

CON/NR/MIS/CCTV/01/2013
BID REFERENCE/TENDER NO.
BRIEF NAME OF THE WORK/ Supply,
Installation
Testing
and
SUPPLY
Commissioning of Wireless based IP CCTV
cameras and accessories for CCTV
surveillance system at Inland Container
Depot, DDL at Ludhiana, Punjab and DCTOkhla at New Delhi.
EARNEST MONEY DEPOSIT
`1,50,000/- (Rupees One Lakh Fifty
Thousand only)
PERIOD OF COMPLETION OF 12 weeks
SUPPLY & INSTALLATION
Cost of Tender Document
` 2500/- plus 5% VAT

Date of sale of tender

LAST DATE AND TIME


FOR RECEIPT OF BIDS
TIME AND DATE OF
15:30 HRS ON 19.11.2013
OPENING OF TECHNICAL BIDS
Minimum
Average
annual ` 2,00,00,000/- (The information shall
turnover
during
last
three be supported by Audited Financial
financial years of FY10-11, FY11- Statement and/or CA Certificate of
12 & FY12-13.
the Organization)
The Tenderer should have successfully completed the Minimum amount of
Single work of similar nature of Supply , Installation, Testing & Commissioning
of Wireless IP based CCTV cameras and accessories for CCTV surveillance
system costing not less than ` 47.48 lakhs during the last 36 months from the
date of opening of tender or works of similar nature of Supply , Installation,
Testing & Commissioning of CCTV cameras and accessories for CCTV
surveillance system costing ` 71.20 lakhs during the last 36 months from the
date of opening of tender. Similar Nature means: Wireless CCTV system
Integration.

1
2

3
4

8
9

10

29.10.2013
to
18.11.2013
Between
11.00hrs to 16.00hrs. (Except second
Saturday, Sunday and holidays)
15.00 HRS 0N 19.11.2013

Page 2 of 47

11

PLACE OF OPENING OF BIDS Executive Director, Northern Region,


AND
ADDRESS
FOR Container Corporation of India Limited,
COMMUNICATION
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi-110020

1.0
This tender notice & its bidding document can also be downloaded from the
website of CONCOR i.e. www.concorindia.com. However, the intending bidders who
use Bidding Documents downloaded from the website should submit the document
sale price for ` 2,500/- plus 5% VAT by way of Demand Draft in favour of Container
Corporation of India Ltd., payable at New Delhi at the time of submission of bid.
Any downloading from the website is at the sole risk and responsibility of the user.
CONCOR will not be responsible for delay / difficulty /inaccessibility of the
downloading facility for any reason whatsoever. A undertaking of No amendment
has been made in the tender document downloaded from the website at the time of
submission of tender document. In case of non-submission of cost of the tender
document, the tender will be liable to be rejected. For any
modifications/alterations/corrigendum
visit
website
of
CONCOR
i.e.
www.concorindia.com.
2.0

All offers accompanied by Earnest Money Deposit (EMD) as specified in


the bid document and on the prescribed format should be submitted on or
before the time and date fixed for the receipt of offers.

3.0

Tender Document/sets shall be provided free of cost to Micro & Small


enterprises (MSEs) registered with the listed agencies.
I. MSEs registered with the agencies for the item tendered will be exempted
from payment of Earnest Money Deposit (EMD).
II. MSEs who are interested in availing themselves of these benefits and
preferential treatment, the MSEs will enclose with their offer the proof of
their being MSE registered with any of the agencies mentioned in the
notification of Ministry of MSME indicated below along with the bid.
(a) District industries Centres
(b) Khadi and Village Industries Commission
(c) Khadi and Village Industries Board
(d ) Coir Board
(e) National Small Industries Corporation
(f) Directorate of Handicraft and Handloom
(g) Any other body specified by Ministry of MSME, Govt. of India.
III. The MSEs must also indicate the terminal validity date of their
registration.
Page 3 of 47

SECTION II
INSTRUCTION TO TENDERERS
1.0

GENERAL INSTRUCTIONS

1.1
Container Corporation of India Ltd. (A Government of India Undertaking),
Northern Region Office, New Delhi (hereinafter referred to as CONCOR) invites
sealed bids in two bid system for Supply, Installation Testing and
Commissioning of Wireless based IP CCTV cameras and accessories for
CCTV surveillance system at Inland Container Depot, DDL at Ludhiana,
Punjab and DCT-Okhla at New Delhi.
It may please be noted that CONCOR reserves the right to:

2.0

Accept or reject any or all of the bids in part or in full, irrespective of


their being the lowest.
To extend the date of submission of the tender.
Seek clarifications from the bidders regarding any information and
documents submitted. Failure to submit the same may render the bid
liable for rejection. However, the clarifications sought should not
change the basic bid submitted by the bidder.
Relax the tender conditions at any stage, if considered necessary for
the purpose of finalizing the contract in overall interest of CONCOR.
Re-tender or modify the terms and conditions of the tender. CONCOR
also reserves rights to negotiate the rates with the lowest bidder i.e.L-1
Disqualify the bidders black listed by State / Central Govt. undertakings
/ PSUs at any stage.

EARNEST MONEY
2.1

Earnest Money for amount of `1,50,000/- (Rupees One Lakh Fifty


Thousand only), shall accompany the bid. The Earnest Money shall
be in the form of a crossed Bank Draft in favour of Container
Corporation of India Ltd., payable at New Delhi.

2.2

The Earnest Money shall remain deposited with the CONCOR for the
period of 120 days from the date of opening of Tenders.

2.3

No interest will be payable by CONCOR on the Earnest Money


Deposits.

2.4

The Earnest Money of the successful tenderer will be returned after the
Contract Performance Guarantee as required (in the General
Conditions of Contract) is furnished. The Earnest Money of the
unsuccessful tenderer will be returned after the notification of award is
accepted by the successful tenderer.

2.5

Any tender not accompanied by Earnest Money shall be summarily


rejected.

Page 4 of 47

3.0

OTHER DOCUMENTS
Any other document required for the reason of statutory licensing
requirements, if applicable. CONCOR will not bear any liability.

4.0

LOCAL CONDITIONS
Bidders are also advised to have a firsthand assessment done of the
works/supply and the system on any working day between 10:00hrs
to 17:00hrs at Inland Container Depot, DDL at Ludhina, Punjab and
Domestic Container Depot, Okhla at New Delhi, before submission of
tender and offer deviation if any in the prescribed format as per
Annexure 1 along with sealed tender document. They can contact
Terminal head of the concerned location or his authorised
representative.

5.0.

POSTAL ADDRESS OF BIDDER FOR COMMUNICATION


The bidder shall state his postal address fully and clearly in his bid. Any
communication sent to the bidder by post at his said address shall be deemed
to have reached the tenderer in time.

6.0

PRICES
6.1

The tenderer should quote rate as per the schedule attached in Indian
National Rupee (INR) only as per price schedule. The quoted rate shall
include all applicable State and Central statutory taxes and should be
clearly specified.

6.2

The rates finally accepted will be binding on both the parties and no
change in the rates will be permissible during the currency of the
contract except as specifically provided by the Contract agreement. In
case of indirect taxes such as Service Tax, WCT etc., No claim on this
account shall be entertained.

7.0

Validity of Offer - The offer shall be kept valid for acceptance for
a minimum period of 120 calendar days from the date of opening of tenders.

8.0

CHANGES IN THE DATE OF BID OPENING


In case date of submission /opening of the tender is declared a Public
Holiday, the tender will be opened at the same time and same location on the
next working day.

9.0

SUBMISSION OF OFFERS
9.1

All offers shall be either type written or written neatly in indelible ink.
Bidders shall seal the bid (which shall include all pages of tender
documents except price bid) in an envelope that shall bear the heading
Tender for Supply, Installation Testing and Commissioning of Wireless
based IP CCTV cameras and accessories for CCTV surveillance system
at Inland Container Depot, DDL at Ludhiana, Punjab and DCT-Okhla at
Page 5 of 47

New Delhi.. The envelopes shall be addressed to Executive


Director,Container corporation of India Ltd, Northern Region,
ICD-Tughlakabad, New Delhi-110020. All bids must be delivered
in a sealed cover containing two separate sealed envelopes viz.
Technical bid and financial bid. The sealed envelope containing the
technical bid should clearly mention technical bid and the envelope
containing the financial bid should clearly mention financial bid. The
technical bid will be opened at 15:30 hrs. on the same day in the
presence of bidders representatives who choose to attend. The
financial bids of technical qualified bidders only will be opened and the
qualified bidder will be intimated about the date & time of opening of
their financial bid. If the envelope is not sealed and marked as
mentioned above, CONCOR will assume no responsibility for bid
misplacement and pre-mature opening.
9.2

The bidder may submit their bid through their representative or


themselves in person in the tender box kept in the office (at the
address mentioned in the tender document) for this purpose. No
separate acknowledgement for having deposited the tender will be
issued.

9.3

The bidders also have the option to send their bids either by registered
post with acknowledgement due or through courier service addressed
to CONCOR official of the office and the place mentioned in the tender
document. It may be noted that it is the responsibility of the bidder to
ensure that their bids sent by registered post or by courier should
reach well in time in the nominated office as no reason for delay on
the part of postal authorities/ courier service agency will be entertained
for late submission of the bids.

9.4

All bids received after deadline i.e. date and time for submission but
before the scheduled time of opening of tenders will be treated as
delayed tender and will be opened along with the other bids.
Tenders received after the scheduled date and time of opening of
tender will be treated as late tender and will be summarily rejected
and will not be opened.

9.5

At the time of opening of price bid, arithmetic errors will be rectified


on the following basis:

If there is a discrepancy between the unit price and the total price,
which is obtained by multiplying the unit price with quantity, the
unit price shall prevail and the total price shall be corrected.
If there is a discrepancy between the words and figures, the
amount in words shall prevail.
If the bidder does not accept the correction of errors, its bid will be
rejected and the earnest money forfeited.

Page 6 of 47

10.

CONFIDENTIALITY OF TENDER DOCUMENTS


The tenderer shall treat the contents of the tender documents as Private
and Confidential.

11.0 EVALUATION OF THE OFFERS


11.1

CONCOR will examine the bids to determine whether


(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)

11.2

They are complete


Earnest Money in the requisite form and validity period is
available.
The validity of the bid is as per the Bid Document
The bid document has been properly signed by the authorised
signatory and numbered properly.
Deviation Statement or Nil Deviation Undertaking
has been submitted.
Documents as required have been furnished.
The prices have been quoted as per format given
The break-up of cost of supply and service portion separately,
WCT, Service Tax, any other levy etc. as applicable has been
given

CONCOR may waive off any minor infirmity or non-conformity or


irregularity in a bid, which does not constitute a material deviation,
provided such waiver does not prejudice or affect the relative ranking
of any bidder.

12.0 NOTIFICATION OF AWARD


12.1

12.2

CONCOR will notify the acceptance of bid to the successful bidder


either through a letter sent by courier or fax or email. In case of
acceptance communicated through fax or email, the same would be
followed with a letter sent through courier or registered post.
The notification of award will constitute the formation of the Contract.

13.0 SIGNING OF CONTRACT


13.1

The successful tenderer whose tender is accepted shall be required to


deposit Performance Guarantee of 10% of the total contract
value as specified in the clause 5 of the general conditions of
contract. In case of the irrevocable Bank Guarantee issued by any
Nationalised/Scheduled Commercial Bank in India and confirmed by a
Bank located in New Delhi, the Bank Guarantee should be issued in
favour of Container Corporation of India Ltd. as per format attached
with tender documents. Subsequent to submission of Performance
Guarantee by the successful bidder, the bidder would be required to
appear in the office of Executive Director,Container corporation of
India ltd, Northern Region, ICD Tughlakabad in person or, if the
tenderer is a firm, company or a Corporation, a duly authorised
representative shall so appear and sign the contract documents.

Page 7 of 47

SECTION III
GENERAL CONDITIONS OF CONTRACT
1.0

DEFINITIONS AND INTERPRETATION


In the Contract, unless the context otherwise requires:

1.1

Acceptance of Tender means the letter or memorandum communicating to


the Contractor the acceptance of his tender and includes an advance
acceptance of his tender.

1.2

Contract means and includes and Bid Invitation, Instructions to Tenderers,


Tender, Acceptance of Tender, General Conditions of Contract, Technical
Specification Maintenance & Operational Requirement, particulars and the
other conditions specified in the acceptance of tender.

1.3

The Contractor means the person, firm or company whom the contract for
execution of work is placed and shall be deemed to include the Contractors
successors (approved by CONCOR), representatives, heirs, executors and
administrators, as the case may be, unless excluded by the terms of the
contract.

1.4

Government means the Central Government or a State Government as the


case may be.

1.5

CONCOR Officer means the officer who has been authorised by competent
authority to execute the relevant contract on behalf of CONCOR.

1.6

The CONCOR means the Organisation purchasing the services.

1.7

Signed includes stamped, except in the case of an acceptance of tender or


any amendment thereof.

1.8

Work means all the work specified or set forth and required in and by the
said specifications, (Maintenance & Operational requirement), hereto
annexed or to be implied there from or incidental thereto, or to be hereafter
specified in Technical Specification) and also in such additional instructions
not being inconformity as aforesaid, as shall from time to time, during the
progress of the work hereby contracted for, be supplied by CONCOR and
which in the opinion of CONCOR are necessary for the execution of such
work..

1.9

Writing or Written includes matter either in whole or in part, in


manuscript, typewritten, lithographed, cyclostyled, photographed or printed
under or over signature or seal, as the case may be.

1.10

Word in the singular includes the plural and vice-versa.

1.11

The heading of these conditions shall not affect the interpretation or


construction thereof.

1.12

Terms and expression not herein defined shall have the meanings assigned to
them in the Indian Sales of Goods Act, 1930 (as amended) or the Indian

Page 8 of 47

Contract Act, 1872 (as amended) or the General Clauses Act, 1897 (as
amended) as the case may be.
2.0

PARTIES
The parties to the contract are the Contractor and CONCOR.
2.1. Address of the Contractor and notices and communications on
behalf of CONCOR
(a) For all purposes of the contract, including arbitration there under, the
address of the Contractor mentioned in the tender shall be the address
to which all communications addressed to the Contractor shall be sent,
unless the Contractor has notified change by a separate letter
containing no other communication and sent by registered post
acknowledgement due to CONCOR. The Contractor shall be solely
responsible for the consequence of an omission to notify a change of
address in the manner aforesaid.
(b) Any communication or notice on behalf of CONCOR in relation to the
contract may be issued to the Contractor by the CONCOR Officer and
all such communications and notices may be served on the Contractor
either by registered post or under certificate of posting or by ordinary
post, or by courier, or by hand delivery at the option of such officer.

3.0

CONTRACT
3.1

This contract is for works and/or supplies as set out in the schedule of
techincal requirements and in the quantities set forth in the contract on
the date or dates specified therein.

3.2

The whole contract is to be executed in the most approved, substantial


and workman like manner, to the entire satisfaction of CONCOR or his
nominee, who, both personally and by his deputies, shall have full
power, at every stage of progress, to inspect the stores/work at such
times as he may deem fit and to reject any of the stores/work, which
he may disapprove, and his decision thereon, and on any question of
the true intent and meaning of the specifications shall be final and
conclusive.

3.3

Any variation or amendment of the contract shall not be binding on


CONCOR unless and until the same is duly endorsed on the contract or
incorporated in a formal instrument or in exchange of letters and
signed by the parties.

3.4

CONCOR or his nominee may require such alteration to be made on


the work, during its progress, as he deems necessary. Should these
alterations be such that either party to the contract considers an
alteration in price justified, such alteration shall not be carried out until
amended prices have been submitted by the Contractor and accepted
by CONCOR. However, CONCORs decision in such cases would be final
and binding on the contractor.

Page 9 of 47

4.0 Qualification/eligibility criteria


4.1

Self attested Copies of letter of Award(LOA) along with copies of


satisfactory and successful completion certificates to prove executing a
Single work of similar nature of Supply, Installation Testing &
Commissioning of Wireless based IP CCTV cameras and accessories for
CCTV surveillance system costing not less than Rs. 47.48 lakhs during the
last 36 months from the date of opening of tender or works of similar
nature of Supply, Installation Testing & Commissioning of Wireless based
IP CCTV cameras and accessories for CCTV surveillance system costing
Rs. 71.20 lakhs during the last 36 months from the date of opening of
tender. The work completion certificate should mention work,
corresponding PO, amount of work and period of work. Similar Nature
means: Wireless CCTV system Integration. Documentary proof and
completion certificate of the same should be submitted along with the
technical bid document.

4.2

The Tenderer should have minimum average annual turnover during last
three financial years of ` 2 Crore for FY10-11, FY11-12 & FY12-13. The
information shall be supported by profit & loss and audited balance
sheets of the organization.

4.3

List of permanent technical personnel employed by the tenderer.

4.4

Submission of latest return of Income Tax.

4.5

The legal status, place of registration and principal place of business of


the company or the firm or partnership etc. Documents showing the
constitution of the firm/company (Copy of the power of Attorney and/or
partnership deed with a copy of the registration if the firm is a
partnership firm, certificate of the memorandum and articles of
association along with a copy of the incorporation certificate in case of
company). Documentary proof of the same should be submitted along
with the technical bid document.

4.6

Authorized dealer/supplier should furnish the following along with


technical bid document without which the bid will be summarily rejected:a. Bidder has to submit Authorization letters from Original Equipment
Manufacturer of CCTV and wirelesss, along with the technical bid in the
specified format enclosed at Annexure-4 & 5 of the tender document.
b. VAT/TIN no certificate is to be enclosed.
c. Service Tax registration no certificate is to be enclosed.
d. The bidder must have office in Delhi/NCR for Okhla support and in
Punjab/Chandigarh for Ludhiana support. Details of the same is
required to be furnished with the tender.

Page 10 of 47

4.7

Tenderer should have at least three years of experience in sales,


services, implementing and maintenance of wireless CCTV systems in the
relevant field. Documentary proof (Completion Certificates) are to be
enclosed along with the bid.

4.8

The Bidder/OEM should be able to support the project site and the
equipment for a period of at least five years. All Hardware/Software/
Updates shall be provided and implemented during the warranty period of
one year and AMC period of four years free of cost.

4.9 OEM should have registered office and registered service centre in India. OEM
Company has to submit company registration certificate along with technical
bid.
4.10

The bidder should quote only for the specific brands giving details of
Make/Model/Part no. etc. clearly mentioned in column of Price Schedule in
Section-V of the Tender Document. Evaluation will be done on total value of
Schedule-A & Schedule B and the L1 will be evaluated on the basis of
overall value.

4.11

Complete Tender document copy along with formats are to be signed and
stamped by the bidder and shall be submitted along with the bid.

4.12

The Bidder shall submit the proposed plan of execution and the
methodology to execute the plan along with Diagram at the time of bid
submission.

4.13

Complete data Sheets of OEMs for all the equipments is to be submitted


along with the technical bid for doing comparison of technical specification.

4.14

All Wireless equipment should be WPC-ETA approved. The approval


should be dated earlier to the date of submission of the tender. This
certification of WPC-ETA should be attached with the technical bid.

4.15

Wireless CCTV products shall have quality system compliance with the
IS/ISO 9001: 2000 and the CCTV equipment should have all UL, FCC,
CE/EN certifications. Documentary proof needs to be enclosed.

4.16

Tenderers may please note that only fulfilling the minimum eligibility
criteria does not qualify them for opening of their financial bid. However,
in case if tenders who do not fulfill the above requirement, their tenders
are liable to be rejected.

Page 11 of 47

5.0

PERFORMANCE SECURITY:

5.1

The successful bidder will be required to furnish a Security Deposit of 10%


of the total contract value towards successful performance under this
contract. The security deposit may be submitted with validity of 3 months
beyond the expiry of the date specified for the completion of the 1 year
warranty in following form:
Irrevocable Bank Guarantee of any Nationalised/Scheduled Commercial Bank
in India.
In Post warranty support the contractor will be required to furnish a Security
Deposit of 10% of the total AMC value towards successful performance
under this contract. The security deposit may be submitted with validity of 3
months beyond the AMC expiry date in above mentioned form.

5.2

CONCOR shall be entitled to appropriate the whole or any part of the security
deposit in the circumstances hereinafter provided without prejudice to any
other remedy or right. CONCOR shall be entitled to recover any loss or
damage that CONCOR may suffer or sustain by reason of the failure of the
contractor to observe and in performance of the terms and conditions of this
contract or any amount that may become due to CONCOR under or by reason
of the terms and conditions, of this contract from the amount of security
deposit, and in the event of any balance remaining due to CONCOR, the
contractor shall forthwith pay the same.

5.3

The security deposit referred to above shall be forfeited to CONCOR in the


event of any breach on the part of the contractor of any of the terms and
conditions of this contract, leading to pre-mature termination of the
contract, without prejudice to CONCORs other rights and remedies available
under law.

5.4

No interest shall be allowed or paid on the Performance Security Deposit.

5.5

REFUND OF PERFORMANCE SECURITY DEPOSIT


The security deposit shall, subject to any deductions that may be made there
from, be returned to the Bidder within four calendar months after completion
of warranty/AMC period as applicable on issuance of certificate from
respective terminal head and after successful commissioning/AMC completion
period.

6.0

FORCE MAJEURE
6.1

In the event of any unforeseen event directly interfering with the


execution of contract arising during the currency of the contract, such
as war, hostilities, riots, acts of the public enemy, civil commotion,
Page 12 of 47

sabotage, fires, floods, explosions, epidemics, quarantine restriction, or


acts of God, failure of electricity, non-availability or inadequate
availability of cargo, the Contractor shall, within 72 hours from the
commencement of such causes and upon its termination, notify the
same in writing to CONCOR with reasonable evidence thereof.
6.2

Unless otherwise directed by CONCOR in writing, the Contractor shall


continue to perform its obligation under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means
for performance not prevent by the force majeure event.

6.3

If the force majeure conditions(s) mentioned above be in force for a


period of 30 days or more at any time, CONCOR shall have the option
to terminate the contract on expiry of 30 days of commencement of
such force majeure by giving 14 days notice to the Contractor in
writing. In case of such termination, no damages shall be claimed by
either party against the other, save and except those, which had
occurred under any other clause of this contract prior to such
termination.

Strikes at the premises of OEM of the equipment or supplier of


critical sub-assemblies etc. will not be considered as Force
Majeure.
7.0

PAYMENT TERMS
7.1

PRICES

The prices quoted shall be firm and not subject to any variation. The price
quoted should be inclusive of all requirements for the work. CONCOR will not
be liable to separately bear any of the expenditure directly or indirectly
associated with the execution of the work. The prices should be quoted in the
price bid Performa only.
7.2 PAYMENT
Payment for the execution of work will be made in the following manner:7.2.1 Payment for supply, installation, Testing and commissioning of the
system will be made in the following manner:1. 90% on successful execution of work and furnishing the bank
guarantee equivalent to 10% of the contract value as per clause 5
as above.
2. 10% after 2 months of successful commissioning of work.

Page 13 of 47

3. The performance bank guarantee 10% payment will be invoked/


utilized in case of failure of bidder to comply with the contract
obligations during the contract period.
4. The payment to bidder will made on submission of bill after
satisfactory Supply, Installation, Testing & commissioning of
Wireless CCTV cameras and accessories for CCTV surveillance
system along with the completion certificate.
7.2.2 Payment for AMC Annual Maintenance Contract will be made in the
Following manner:Half-yearly payment will be released on pro rata basis on satisfactory
rendering of services and after certification by nominated CONCOR
official. No advance payments in any case would be made. The proper
invoice required to be submitted to terminal/location along with proper
supporting document such as preventive maintenance reports etc.
should be enclosed for release of payment. No deviation on payment
terms shall be accepted and the work shall, in no case, be hampered
on account of non-payment of bills.
8.0

Mode of payment:
Payment shall be made through Cheque/RTGS/Electronic Cheque Clearance
System/Electronic Fund Transfer as per the CONCOR policy.
CONCOR will have the right to recover any over payment which might have
been made to the contractor by CONCOR through inadvertence, error, etc. or
any cause whatsoever from the bills and from the performance security
deposit or any other amounts due to him.

9.0

INSPECTIONS AND TESTS


The purchaser or its representative shall have right to inspect and or to test
the goods to confirm their conformity to the contract. Notwithstanding this
clause, the suppler shall not be released from his any of the warranty or other
obligations under the contract.

10.0 SAFETY MEASURES:The Contractor should take all precautionary measures in order to ensure the
protection of his own personnel moving about or working on CONCORs
premises, and should conform to the rules and regulations of CONCOR as
applicable at site.

Page 14 of 47

11.0 CORRUPT PRACTICES


11.1

The Contractor shall not offer or give or agree to give to any person in
the employment of CONCOR or working under the orders of CONCOR
any gift or consideration of any kind as an inducement or reward for
doing or forbearing to do or having done or forborne to do any act in
relation to the obtaining or execution of the contract or any other
contract with CONCOR or Government or for showing any favour or
forbearing to show disfavour to any person in relation to the contract
or any other contract with CONCOR or Government. Any breach of the
aforesaid condition by the Contractor, or any one employed by him or
acting on his behalf (whether with or without the knowledge of the
Contractor) or the commission of any offence by the Contractor, or by
any one employed by him or acting on his behalf, under Chapter IX
of the Indian Penal Code, 1860 or the Prevention of Corruption
Act, 1947 or any other act enacted for the prevention of corruption by
public servants shall entitle CONCOR to cancel the contract and all or
any other contracts with the Contractor and to recover from the
Contractor the amount of any loss arising from such cancellation.

11.2

Any dispute or difference in respect of the interpretation, effect or


application of the above clause or of the amount recoverable there
under by CONCOR from the Contractor, shall be decided by CONCOR,
whose decision thereon shall be final and binding on the Contractor.

12.0 INSOLVENCY AND BREACH OF CONTRACT


12.1

CONCOR may at any time, be notice in writing summarily determine


the contract without compensation to the Contractor in any of the
following events, that is to say:

12.2

If the Contractor being an individual or if a firm, any partner thereof,


shall at any time, be adjudged insolvent or shall have a receiving order
or order for administration of his estate made against him or shall take
any proceeding for composition under any Insolvency Act for the time
being in force or make any conveyance or assignment of his effects or
enter into any assignment or composition with his creditors or suspend
payment or if the firm be dissolved under the Partnership Act, or

12.3

If the Contractor being a company is wound up voluntarily or by the


order of a Court or a Receiver, Liquidator, or manager on behalf of the
Debenture holders is appointed, or circumstances shall have arisen
which entitle the Court or Debenture holders to appoint a Receiver,
Liquidator or Manager, or

Page 15 of 47

13.0 LAWS GOVERNING THE CONTRACT


13.1

This Contract shall be governed by the Laws of India for the time being
in force.

13.2

Jurisdiction of Courts: the Courts of the place from where the


acceptance of tender has been issued shall alone have jurisdiction to
decide any dispute arising out of or in respect of the Contract i.e. New
Delhi.

14.0 ARBITRATION
14.1

14.2

In case of any dispute or difference whatsoever arising between the


parties out of the relating to the construction, interpretation,
application, meaning, scope operation or effect of this contract or the
validity or the breach thereof, CONCOR and supplier shall make every
effort to resolve amicable by direct informal negotiation any
disagreement or dispute arising between them under or in connection
with the Contract.
If, after 30 (thirty) days from the commencement of such informal
negotiation, CONCOR and the supplier have been unable to resolve
amicably the contract dispute, either party may require that the
dispute be referred for resolution by arbitration in accordance with the
Rules of Arbitration of the Standing Committee on Public Enterprises
of India (SCOPE) from the Conciliation and Arbitration and award
made in pursuance thereof shall be binding on the parties.

14.3 During settlement of dispute in arbitration proceedings, both parties


shall be obliged to carry out their respective obligation under the
Contract.
15.0 SECRECY
Any information obtained in the course of the execution of the Contract by
the Contractor, his servants or agents or any person so employed, as to any
matter whatsoever, which would or might be directly or indirectly, of use to
any enemy of India, must be treated secret and shall not at any time be
communicated to any person.
16.0 SUBLETTING AND ASSIGNMENT
The Contractor shall not sublet, transfer, assign or otherwise part with directly
or indirectly to any person or persons, whatever is in this contract, or any part
thereof without the previous written permission of CONCOR or his nominee.

Page 16 of 47

17.0 DEDUCTION TOWARDS INCOME TAX OR ANY OTHER LEVY


Deduction of statutory dues like Income Tax and WCT at source wherever
due or any other tax / levy imposed by Govt. will be made from the moneys
payable to the Contractor on the bills for work done in accordance with
provisions of the Act or any statutory modifications of the said Act, and a
certificate of such deductions will be issued.
18.0 LIQUIDATED DAMAGES:
If the Supplier fails to supply, install within the time period specified in the
Contract, the Purchaser shall without prejudice to its other remedies available
under the Contract, deduct from the Contract price as liquidated damages, a
sum equivalent to 0.5% (one half of one percent) of the price of the delayed
goods or unperformed services for each week or part thereof, of delay until
actual delivery or performance, upto a maximum deduction of 10% of
Contract price. Once the maximum is reached, the Purchaser may consider
termination of the Contract.
19.0 TERMINATION FOR CONVENIENCE
The Purchaser may terminate the PO, in whole or in part, at any time for its
convenience. Notice of such termination shall be sent to Contractor in writing
and shall state that termination is for the Purchasers convenience, the extent
to which delivery or performance under the Contract terminated, and the
termination date. Unless otherwise instructed by the Purchaser, Contractor
shall stop work immediately on receipt of notice. For delivery or performance
that has been performed by the Contractor in accordance with the contract
terms, prior to the effective date of termination, the Purchaser shall pay
Contractor at the contract prices and in accordance with the contract.
20.0 TERMINATION FOR DEFAULT
If Contractor fails to deliver the Contract Work/supply within the time
period(s) specified or in the manner required by the PO, CONCOR may at its
discretion to cancel the contract.
21.0

The rates should be quoted for outright purchase of system including


equipment and software with warranty of one year from the date of installation
and commissioning (warranty includes free maintenance during warranty
period) and AMC period of 4 years after expiry of warranty period.

22.0

The entire CCTV system shall be connected through suitable wireless and hard
wired cables. The scope includes supply of cables, conduits, digging of
Hard/Soft Soil, laying of conduit, GI Pipe and cables, supply of power
cables, connecting them, etc. while doing so any disturbances to CONCOR
infrastructure should be restored to its original position.

Page 17 of 47

23.0

The requirement calls for a complete working system upto the satisfaction of
CONCOR and the components thereof. Bids must be complete with all
equipment and required accessories along with necessary power systems
including video connectors, patch connectors, patch leads, mounting and fitting
hardware, plugs, sockets, and any hardware/software, supply of cables,
digging of Hard/Soft soil, laying cables in suitable conduits, necessary
excavation, network components, etc. As required for complete installation of
the system under this contract.

24.0

Layout Diagram for Wireless IP Based CCTV surveillance system at ICD/DDDL


at Ludhiana, Punjab and DCT-Okhla at New Delhi is enclosed at Annexure-8,
Part-I and Annexure-8,Part-II respectively.

25.0

The cameras and wireless device are to be fixed/ mounted on the existing
structure/new structure. The scope includes supply, erection and
installation, mounting arrangements, supply of suitable brackets / stands,
wiring, necessary civil works, etc.

26.0

The activities of ICD/DDL and DCT/Okhla through CCTV may be viewed by the
CONCOR officials on their machines (PCs or laptop) placed in their cabin/room.
In addition, provision should be available to access the CCTV monitoring through
Internet and suitable smart mobile phone also.

27.0

The CONCOR official should have the choice of magnifying the view / other
selections as desired. To facilitate this, the vendor should include necessary
video manager/quad unit as mentioned above.

28.0

The Bidder shall maintain required spares to maintain the specified uptime. This
includes at least 1 number of standalone camera of each camera type at
each CONCOR location during warranty period and AMC period. No extra
payment shall be made by CONCOR for keeping/maintaining standby
equipment/accessories.

29.0

The bidder should provide 24x7 supports for the equipment. Any
component/equipment failed shall be replaced within 24 hours, on all days of
the week.

30.0

Possible applications of the proposed Wireless CCTV System should include


monitoring movements/ verification and recognition, through high quality
images, of persons and objects including vehicles.

31.0

Maintenance service shall cover services, repairs and replacements


necessary to keep the equipment in good working order on reasonable use of
the equipment during the contract period. Periodic maintenance check should
be carried out to keep the equipment in good working conditions. Maintenance
will include all cameras, wireless, and associated accessories, etc.

Page 18 of 47

32.0

Training of CONCOR personnel shall be part of the contract. During installation


at CONCOR site, the associated CONCOR coordinators shall be guided on the
system usage.

33.0

The entire cable laying (power and control) and connectivity of wired and
wireless equipment in the system, supply of suitable brackets for cameras, fixing
them etc. will be in the scope of bidder.

34.0

Any major item of work(s) not mentioned in this tender document but which
may be required during the execution of work in order to make the site
complete in all respects can be quoted separately, if required subject to proper
justification by tenderer.

35.0

CCTV should permit minimum recording of 30 days x 24 hours on continuous


basis. There should be facility for the retrieval of data backup storage so that
whenever required it can be loaded and viewed.

36.0

All electrical earthing and any other work associated required for towers will be
under the scope of the bidder.

37.0

Patents & Trademarks : Bidder shall at all times indemnify CONCOR against
all claims which may be made in respect of the use of systems/goods, by the
bidder for infringement of any rights protected by patent, registration of
designs or trademarks and legality of the software. In the event of any such
claims being made against the CONCOR, CONCOR will inform in writing to the
bidder who shall at his own risk and cost either settle any such dispute or
conduct any litigation that may arise there from.

38.0

Insurance: There should be comprehensive insurance cover for all number of


installed PTZ and Fixed cameras along with the Wireless devices, NVR,
Server equipment for both the locations. The responsibility for the insurance
will rest with the bidder for the contract period. Evidence of insurance policy
shall be submitted to CONCOR.

39.0

Confidentiality: Bidder shall at all time, undertake to maintain complete


confidentiality of all data, information, software, drawing and documents
belonging to CONCOR.

40.0

Check List: Checklist has been included as annexure 6 of the bid document.
This has been designed to help the bidders in submitting complete offers. The
bidders must fill this check list and submit along with their offer in their own
interest.

41.0

Repeat Order: Repeat order for execution of the same work for other
CONCOR terminals, without calling fresh tender may be placed as per
Contract agreement entered between CONCOR and Successful bidder. Any
variation in price will not be considered for repeat order.
Page 19 of 47

42.0

Site for Delivery, Installation and Commissioning of CCTV system:(1) ICD-DDL


Container Corporation of India Ltd.
Inland Container Depot(ICD),Focal Point, Dhandari Kalan,
Ludhiana , Punjab-141001
(2)DCT-Okhla
Container Corporation of India Ltd.
Domestic Container Depot(DCT),Okhla Phase II
New Delhi-110020

Page 20 of 47

SECTION IV
SCOPE OF Supply, AMC and Special terms and conditions
Purpose of the system:
The Wireless based IP CCTV cameras and accessories for CCTV surveillance system
are to be installed at Inland Container Depot DDL and DCT-Okhla, and will serve the
commercial and operational monitoring of these places.
Completeness of the bid:
It is the responsibility of the bidder to supply, install and support the entire
equipments at the Inland Container Depot, DDL,Ludhiana, and Domestic Container
Depot,Okhla, New Delhi.
Technical features to be noted :
1.

2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

Make and model of the equipment: Only standard equipment of an


established and reputed make and high quality should be quoted. The make
and model of each separate hardware or software item should invariably be
mentioned.
Open standards: The hardware and system software should conform to
open and accepted industry standards.
Format of the bid: The bid should be submitted in hard copy as specified in
the Section-V along with all necessary documents. Please quote clearly for all
the terms and conditions specified in the tender document.
Warranty: An on-site comprehensive warranty covering all hardware,
operating system, and software should be specified in the bid. The warranty
should be for a minimum of twelve months from date of commissioning.
Uptime: An uptime of 99.2% is required for the entire hardware, operating
system, software and other accessories.
Post warranty Support: Bidders should be able to provide post warranty
support for the entire hardware at ICD/DDL and DCT/Okhla over the next four
years through annual maintenance contracts.
All equipment and materials used shall be standard components that
are regularly manufactured and used in the manufacturers system.
All systems and components shall be provided with comprehensive repair
and spare parts replacement.
Demonstration of required cameras and wireless system may be required to
decide on technical suitability.
CCTV cameras & software should be ONVIF complaint for proper integration
among all connected digital devices.
All IP CCTV Cameras and housing should be of single OEM.
VMS (Video Management Software) and Analytic Software should be of ONVIF
(Open Network Video Interface Forum) compliance and of the same OEM as
that of CCTV Camera has been quoted in this tender.
Wireless system should be able to operate on a free band. Recommended
frequency is 5.8GHz.
Page 21 of 47

HARDWARE
A. 1.3 Mega Pixel Fixed Day/Night IP Camera or better:
REQUIREMENT: TWENTY THREE (23) NOS
Specifications:
S.
No

Parameter

1
2

Image Sensor
Frame Rate

3
4

5
6
7
8
9
10

Particulars

1/3 CCD/CMOS or higher.


PAL: 25 fps
NTSC : 30 fps
Min Illumination
0.5 lux color / 0.03 lux B/W, or
lesser
Resolution
HD or higher. Camera should
have
integrated/external
IR
illuminator for better night
vision.
S/N Ratio
>=50 dB
Sensitivity
Adjustable
Lens
The lens shall available in 5mm
to 50 mm, CS mount as per
our requirement.
Video Compression
H.264,MPEG-4,JPEG (Selectable
any two)
Housing
or IP 66 class protection or higher.
Environmental/
Weather Proof Rating
Certification
UL, FCC, CE/EN

Page 22 of 47

Compliance
(Yes/No)

Deviation
if any

B. PTZ Dome Camera 26X or higher:


REQUIREMENT: SEVEN (7) NOS
SPECIFICATIONS:
S.No Parameter

Particulars

Compliance Deviation
(Yes/No)
if any

Image Sensor

Video Resolution PAL : 704x576 or better


NTSC: 704x480 or better

Horizontal
Resolution

Aperture/Focal
Length

1/4" Interlace Scanning CCD/CMOS or higher

460TVL or higher
Aperture
Focal

F1.4~ F4.2 or higher,


f4.7 ~ f91.0 or higher

Optical Zoom

26 x or better

Angle of View

57.8 (Wide) / 1.7 (Tele) or more

Color Mode

1.0 lux @F1.6 (30 IRE, AGC max.


PAL:1/50s,NTSC :1/60s)

B/W Mode

9
10
11

S/N Ratio
Digital Zoom
Shutter Speed

12

Iris
Video
Compression
Frame Rate
Manual Pan/Tilt
Speed

13
14
15

16

Preset Pan/Tilt
Speed

17 Pan Travel
18 Tilt Travel
19 Mode
20 Pan/Tilt Accuracy
21 Zoom/Focus
Programmable
22
Preset
Environmental
23
Rating
24 Certification

0.02 lux@F1.6 (30 IRE, AGC max.


PAL: 1/3s, NTSC: 1/4s), or Lesser
0.001lux @F1.6 (30 IRE, AGC max.PAL:1/50s,
NTSC:1/60s) or lesser
>=50db
1~12X Adjustable
Auto: Default Set
Manual: PAL: 1/1~1/10000s
NTSC: 1/1~1/10000s
Auto/Manual
H.264,MPEG-4,JPEG (Selectable any two)
PAL:25fps, NTSC:30fps
1 ~ 90 per second or higher
240 per second, max or higher, 200 per
second(max) for 35X and 36X
360 continuous
0 ~ 90
Auto PAN, Auto Patrol
1 (0.3 for 35X and 36X)
0. 5%
upto 127, with up to 16- character label
available for each position
IP66 or higher
UL, FCC, CE/EN

Page 23 of 47

C. Network Video management & Analytic Software:


REQUIREMENT:

TWO (2) NOS

VMS (Video Management System) and Analytics Software should be ONVIF (Open
Network Video Interface Forum) Complaint and of the same OEM as that of CCTV
Camera. The basic requirement of features for the VMS and Analytic Software should
be as detailed below:
Video Management System Software

Simultaneous viewing and recording of Live Video from multiple Cameras.

Several recording modes i.e. continuous, schedules, on alarm and on motion


detection.

Capacity to handle high frame rates and large amount of data.

Multiple search functions for recorded events. User should be to choose to


filter the search based on the desired criteria.

VMS shall have the capability of accepting analog (NTSC and PAL) video
signals and a range of digital video compression video stream including
H.264 and MPEG4.

Control of PTZ, motorized zoom and dome cameras.

Alarm management functions (sound alarm, pop-up windows or e-mail).

Full duplex, real time audio support and Video intelligence.

VMS Software must be capable of working on different Operating Systems/


platforms. It should also support accessing VMS on Client Machines using
standard web browsers like IE, Mozilla, Google Chrome etc.

VMS should support RAID, Direct Attached Storage & NAS.

The digital VMS should support Redundant Management Servers, Streaming


Servers, Event & Control Systems, Clients, Backup Functions, Multi Server
Cascading Function, Rules Programming, etc.

VMS should provide main display with information and controls. While
adding a new device, a display with the information and controls such as
Device Type, ID, Name, Tag, Location, Description IP, Port, Current Date &
Time, as minimum should be provided.

The user shall be able to configure the parameters like Pre-Recording


Duration, Record Duration, Streaming Server Location and Retention Period.

VMS should provide the option to select Camera Name or Number, Camera
Location, Alarm or event type, Recording Type (scheduled, event, operator,
live video viewing, all), Duration, Operator Name.
Page 24 of 47

The user authorization facility shall be available through the software.

VMS should provide the facility for Online Storage as well as Offline Storage.

Status of all the components of digital VMS should be displayed.

Digital VMS should provide functions to record log of devices and digital
VMS components alarm. Events/ status and display to manage and export
these logs. Log file should be exported to Excel format.

The VMS Software should be licensed.

Analytic Software with Alarm & Reports for :

Line crossing/ Trip wire

Camera tampering

Unattended object

Wrong direction movement

Custom Video Analytics Features - With flexible and open architecture, it


should be possible to implement any custom video analytics feature as per
requirement.

Page 25 of 47

D.Wireless System Specification : ( Point to point 1+1 configuration)


REQUIREMENT: THIRTY TWO (32) NOS
Specifications:
1
Wireless system should be able to operate on a free band. Recommended
frequency is 5.8 Ghz. Wireless system should be capable of streaming of high
resolution video over the wireless system for smooth functioning CCTV cameras
and their monitoring tool. Wireless transmitter/receiver units consisting of wireless
Transmitter/subscriber modules, wireless Receiver/Access point & cluster
management module (if any) required for management of wireless links with all
required accessories.
2. The system shall be based on state of art QoS IEEE 802.11 standards.
3. The Wireless system be fit for outdoor use with supported integratedantenna. The
wireless system shall work with external antenna. Antenna should be Vertically
Polarised so optimum throughput and bandwidth of the wireless link can be
obtained.
4. It shall be carrier type Point-to-Multi point and Point to-Point Wireless Access
radio system.
5
Range should not be less than 1 Km
6
The system should be of reliable and field proven design and suitable for Harsh/
Rough Environmental conditions.
7
Channel Bandwidth with spectrum speed of 20 MHz or 40Mhz as per the site
actual requirement with Signaling rate of 54 Mbps or higher
8
Radio should have site management and link management facility (software) for
initial configuration, installation and maintenance.
9
Software Upgrade for higher throughput without changing the hardware on field.
10 The System shall support centralized bandwidth management andauthenticationsy
stem for high security and QoS. The management application should be client serv
er based system and not browser based, to ensure security of the network.
11 The system shall support remote maintenance of radio units. System shall be rem
otely configured, maintained, reset, monitored without compromising the security
of the wireless network.
12 The system shall have the capabilities of upgrading the Software without interrupti
ng the normal system service
13 The system shall have built in targeted coverage capability in point to point syste
m designed specifically for Data, Voice and Video streaming application.
14 The system shall be scalable up to 50% in terms of deployment for future
expansion.
15 Wireless system shall be capable of easy and rapid deployment to avoid lengthy w
ay-leave, access and legal agreements and operate in preapproved license free
bands authorized by WPC.
16 The system shall be capable of high level of security mechanisms.
AES,
WEP 64/128/152, WEP 2, WPA, TKIP, 128 Bit, Access Control, SSID, Suppress
and BRAID authentication etc for end-to-nd connectivity to avoid any breaches
due to Interference or hacking.
17 The system both in point to point and point to Multipoint mode shall support high
level of interference mitigation techniques.
Page 26 of 47

18
19
20
21
22
23
24
25
26
27
28
29
30
31

Ethernet Interface - 1x 10/100 Base Auto MDI/MDIX


Auto Frequency Mode System must check automatically and select alternative channels, if required, due
to frequency interference
All necessary cables shall be included in the cost of wireless set.
Modulation shall be on OFDM and 802.11a,b,g
The system equipment shall support 802.1x with Radius Authentication
The equipment shall be operational in environments where frequency jammers are
deployed.
Power Supply - 110 VAC - 240VAC, 47Hz to 63 Hz
IP 65 weather proof protection or higher should be provided
Operating temperature - (-)20degC to (+)60deg C
Signalling rate should be 54 Mbps for 20 MHz spectrum & 108 Mbps for 40 MHz sp
ectrum
Actual throughput should not be less than 40 Mbps.
The equipment shall be operational in environment where frequency
jammers are deployed.
Max Power Consumption not more than 8 Watt.
User Interface should be simple, intuitive and easy to use without onerous need
for training. The software should facilitate ease of installation from Control Room.
Network management tool should be capable of viewing the complete system and
choose the nodes for further actions.

Page 27 of 47

E. Network Attached Storage (NAS)


REQUIREMENT: One (1) nos
Specifications:
2U Rack Mounted with necessary accessories like Sliding Rail Kit
Processor: Intel Xeon E5620
RAM: 8GB DDR3, expandable to 24GB.
Network connectivity: Gigabit NICs, 2 Nos., with TCP/iSCSI offload capability.
Ports: USB2.0:Minm.2 Nos, in addition to other System required Ports.
Hard Drive Slots: 8Nos. (minimum.) For SATA II/SAS HDD (1TB/2TB), (equipped with
10 TB usable capacity). Minimum 30 days recording at max resolution.
RAID:5 configuration.
Minimum. 64Nos. Logical Unit Numbers (LUN) to be supported.
Server OS: Microsoft Windows Storage Server 64 bit (NAS optimized) (2008/2008R2),/
Equivalent UNIX/LINUX based (latest version) with commercial Support.
Protocols Support: The Device support iSCSI, HTTP, SNMP, CIFS, and LINUX/UNIX
(NFS).
Power Supply: Redundant hot Swappable Power Supply.
Cooling Fan: Redundant hot-swappable cooling Fan.
Management: Single User and Group Management. Remote Access manageability
through Web, Downloadable Active Directory Support, SNMP support.
IP Compatibility: All Hardware/Softwares are IPv4 and IPv6 compliant with dual stack
configurable, wherever applicable.
Functionality: NAS would function seamlessly with the Server, Video Recording and
Management Software and Camera Software.
Operating Temp.: 400C (ambient) continuous operation.
All Software licensed to CONCOR.

Page 28 of 47

F.Client PC
REQUIREMENT:

ONE (1) NOS

Specifications:
Processor: Intel Core i5
RAM: 4GB DDR3.
HDD: 500GB SATA.
Optical Drive: DVD-R/W (latest Version)
NVIDIA GeForce 210 with 1 GB
Optical Mouse
CCTV Keyboard including Joystick for precise PTZ Control.
Port: 10/100/1000 Ethernet, 4USB2.0 Ports (incl. two in the Front side) and other Ports
required for the System/Common ports.
OS: Windows 7 ProfessionalIP: All Hardware and Software to be IPv4, IPv6 Compliant and
Dual stack configurable, wherever applicable.
Antivirus: Latest renowned Antivirus Suite licensed to MCL.
License: All Softwares to be supplied with OEM media and Licensed to CONCOR

G.Server for VMS and Analytic software


REQUIREMENT: TWO (2) NOS
Intel Core i5-2120 3.3Ghz 3MB 2C 65W GT1 CPU
8GB DDR3-1333 ECC (2x4GB) RAM
NVIDIA GeForce 210 with 1 GB
6 TB 7200 RPM SATA 6G 1st Hard Drive
16X SuperMulti DVDRW SATA 1st ODD
USB Standard Keyboard, 1 HDMI port
USB Optical Scroll Mouse
3 Year OEM Warranty
Microsoft Windows 7 Professional Edition 32bit OS India
22 LED monitor

H. UPS for power backup:


REQUIREMENT:

TWENTY (20) NOS

Specifications:
UPS CAPACITY
UPS BACKUP
UPS TECHNOLOGY
INTERFACE PORT
INPUT FEATURES
Voltage (VAC)
Power Factor
Phase

SINGLE PHASE 1 KVA OR MORE


15 Minutes
DOUBLE CONVERSION ONLINE UPS
RS 232
160-275 VAC
0.9
1 Phase IN 1 Phase OUT
Page 29 of 47

Efficiency
Frequency (Hz)
OUTPUT FEATURES
Voltage (VAC)
Power Factor
Overload Capacity
Frequency (Hz)
BATTERY TYPE
DISPLAY

> =90%
50 5%
220 1%, WAVEFORM = PURE SINE WAVE
0.7
125% Load for 60s/ 150% Load for 40ms
50 0.5%
Sealed maintenance free batteries with battery rack/
enclosures
LCD display indicating I/O voltage/ load level/ battery
voltage

I. 42 inch-Monitor:
REQUIREMENT:

ONE (01) NOS

Resolution: 1366x768 or more


Contrast Ratio: 1000:1 or better
Display colour 16.77 Million or more
Signature of tenderer with seal Page 28 of 40
Response time 9MS or better
Brightness 500 cd/m2
Video signal NTSC/PAL
Viewing angle V:170 H:160 or better
Stereo Speakers 7W or better
Composite Input: VGA, BNC(IN&OUT), AUDIO
(IN&OUT), S-VIDEO,Y, PB, PR/Y, CR, CB, RGB, DVI,
HDMI Composite Outputs: BNC1 (in/out) BNC2 (in/out)
Audio cable Certificate: Energy Star, FCC-DOC, CE, ROHS,CCC,ISO9001/14001
OSD
Power Supply :100 to 240 VAC 50 Hz
Operating Temperature:0-50 degree Celsius
Humidity: 20% to 80% (non-condensing)
All related Accessories Power cord, remote with batteries, operating manual,
clamps,
mounting brackets etc.

Page 30 of 47

J. Network Components:
J1. Network Active Components:
Network Active Components like Manageable Switches, Non-Manageable
Switches Hubs and repeaters and other accessories like Rack, Jack Panel,
Cable Managers as per the actual site requirement.
J2. Network Passive Components:
Network Passive Components like Fiber Cable, CAT 6 UTP Cable, STP Cable,
RJ-45, any other cables and other network accessories as per the actual site
requirement.
K. Other Accessories:
K1.

Weather proof outdoor boxes of IP 65 rated or higher boxes for


keeping the UPSs/Switches/POE/other network components etc. for
providing safety of above mentioned network components and
accessories in outdoor & indoor conditions.

K2.

Poles for mounting of CCTV Camera and Wireless equipment.

K3.

Power cables for power supply of cameras and other related


equipment, placed in various locations. Power Cables should be ISI
mark and of standard make.

K4.

Supply of ISI mark and of Standard /reputed make PVC pipe, Conduit,
GI Pipe for laying of cables and accessories.

L: Towers:
L1. Poles in meter:
REQUIREMENT:2 METER POLE, QUANTITY REQUIRED IS FIVE (5) NOS
5 METER POLE, QUANTITY REQUIRED IS FOUR (4) NOS
L2. Tower 15 meter:
REQUIREMENT: ONE (1) NOS
Drawing with Specifications: As per Annexure-7 of tender document.
L3. Tower 21 meter:
REQUIREMENT: FOUR (4) NO
Drawing with Specifications: As per Annexure-7 of tender document.

Page 31 of 47

M. Layout Diagram for Wireless IP Based CCTV Surveillance System at


ICD/DDL and DCT/Okhla
Layout: As per Annexure-8 Part-I and Annexure-8 Part-II of tender document.
N. Installation, Commissioning & Testing:
The system shall be installed and operation of complete system shall be conducted
by the successful bidder in presence of CONCOR representative. The acceptance test
is to be conducted by the successful bidder along with the CONCOR representative.
The entire CCTV system shall be connected through suitable wireless and hard wired
cables. The scope includes supply of cables, conduits, digging if required and
laying of the Conduit, GI Pipe and cables, supply of power cables and
connecting them in proper manner, etc.
While Bidding for ITC charges, bidder has to keep in mind the additional required
items like weather proof boxes, cables, conduits and other networking components,
Other than Bill of Quantity. No extra payment will be made on this account.
O. Training:
Training of CONCOR personnel shall be part of the contract.

Page 32 of 47

Annual Maintenance Contract(AMC):


1. Comprehensive
AMC
includes
preventive
and
corrective
maintenance of wireless based IP CCTV cameras and accessories
for CCTV surveillance system and will include maintenance/
reinstallation of systems, supply and replacement of all parts and all
accessories of CCTV cameras and other hardware excluding UPS
batteries, plastic parts and consumable items. It is responsibility of the
bidder to ensure that above equipments are functioning 24 hours 365 days.
This also includes the software installation and configuration etc. wherever
applicable without extra cost. Spare parts if required, shall be replaced at no
extra cost to CONCOR.
2. Break down or failure of hardware/software be attended within minimum
time and it shall be attended within 4 hours from the time of receipt of
complaint by the nominated CONCOR official at location. If response is not
proper then CONCOR reserves the right to get the call attended by any other
external agencies on risk and cost of contractor and the amount of bill raised
by external party shall be deducted/ adjusted from bills/security deposit. If
spares/any hardware found faulty/unusable and not able to repair within 24
hours of breakdown alternative arrangement i.e. standby system of same
capacity shall be made available immediately by you without any extra cost.
The same may be replaced on next working day, any delay in replacement of
parts is made then CONCOR reserves the right to make an alternative
arrangement and cost incurred shall be deducted from contractors bill
/security deposit.
3. A copy of all the call reports, log book etc. is to be submitted along with the
bill for payment of AMC service.
4. Spare parts have to be provided by vendor at respective terminal as stand by.
One CCTV camera of each type in working condition shall be provided by the
contractor at the respective terminal during the AMC period as a backup.
5. A Quarterly preventive maintenance(PM) must be carried out during AMC
apart from unlimited breakdown calls. PM includes necessary checking
maintenance of CCTV cameras and accessories for CCTV surveillance. PM is to
be carried out in planned manner under supervision of CONCOR staff.
6. Payment: Half-yearly payment will be released on pro rata basis on
satisfactory rendering of services and after certification by nominated
CONCOR official. No advance payments in any case would be made. The
proper invoice required to be submitted to in-charge of respective terminal
along with proper supporting document such as preventive maintenance
(PM) reports etc. should be enclosed for release of payment. No alterations
in payment terms are accepted.
7. If there is any discrepancy between the prices quoted in words and in
figures. The price in words will only be considered.

Page 33 of 47

8. Contractor shall be responsible for all tax, duties and levies etc. incurred
during the periods. TDS shall be deducted as per work contract as applicable.
9. If CONCOR management decide to upgrade or purchase of new hardware(s)
(CCTV cameras or accessories for CCTV surveillance) under buy-back
scheme, which is covering under this AMC, the total AMC value of all
hardware will also be revised and would be calculated on pro-rata basis i.e.
the AMC value of that hardware would be less from total AMC value.
10. The AMC contract will be awarded for a period of four years from the date
of expiry of warranty period.
11. In case of unsatisfactory performance, downtime penalty shall be ` 1,000/per day for first two days & further ` 2,000/- per day not exceeding
` 20,000/- for one breakdown call. Downtime shall be calculated only for the
equipment/accessories provided by the agency.
12. In case of shifting of all above equipments, necessary arrangement will have
to be done from your side for reinstallation etc. No charges will be charged
for such re-installation etc.
13. It may also be noted that in case of contractor backing out in mid-term
without any explicit consent of this section, he will be liable to recovery at
higher rates, vis--vis, those contracted with it, which may have to be
incurred by this section on maintenance of hardware for the balance period
of contract through alternative means. CONCOR reserves the right to forfeit
the performance security if contractor backs out in mid-term of contract
without any explicit consent of this section.
14. CONCOR management reserves the rights to forfeit the security deposit at
any point if services of contractor are not satisfactory.

Page 34 of 47

SectionV
Price Schedule
To,
The Executive Director, Northern Region
Container Corporation of India Limited,
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi -110020
Ref: Tender No. Date ..
We ____________ hereby certify that we are established OEM/System integrator having
requisite capabilities for undertaking the .at the most competitive price
mentioned below for the period and the conditions set in the tender document.
(All charges both in figures and words)

Schedule A
Part A-ICD-DDL
S.
No.

Broad Technical Specification


description of Work

& Mention
Make/
Model
No. etc.
1 1.3 Mega Pixel Fixed Day/Night IP
Camera or better as per the
requirement
2 PTZ Dome Camera 26X or higher as
per the requirement

15nos

3 8 Port Unmanaged Switch

08nos

4 Managed Network Switches 24 Port

01nos

5 Wireless Radio Links(Pt. to Pt. 1+1


configuration)

18nos

6 Server for VMS and Analytic software

01nos

7 Network Attached Storage (NAS)as


per the requirement for the Video
storage upto 30 Days for 20 Cameras
as per the requirement
8 VMS and Analytics Software
as per the requirement

1 nos

9 Client PC

1 nos

Page 35 of 47

Qty.
required

05nos

1 nos

Rate per
unit (In
figure &
words) `

Total
Price(In
figure &
words) `

10 Monitor-42 inch

1 nos

11 UPS 1 KVA online with 15 Minutes


backup as per the requirement

10nos

12 21 Meter Tower or as per the actual


requirement of the site.

02nos

13 15 Meter Tower or as per the actual


requirement of the site.

01nos

14 Poles 2 meter or as per the actual


requirement of the site.

05nos

15 Poles 5 meter or as per the actual


requirement of the site.

04nos

16 ITC Charges (Installation, Training


and Commissioning)

Lumpsum

A Sub Total of Part A-ICD-DDL

Part B-DCT-Okhla
1 1.3 Mega Pixel Fixed Day/Night IP
Camera or better as per the
requirement
2 PTZ Dome Camera 26X or higher as
per the requirement

08nos

3 8 Port Unmanaged Switch

04nos

4 Managed Network Switches 24 Port

01nos

5 Wireless Radio Links(Pt. to Pt. 1+1


configuration)

14nos

Page 36 of 47

02nos

6 Server for VMS and Analytic software

01nos

7 VMS and Analytics Software


as per the requirement

01 nos

8 UPS 1 KVA online with 15 Minutes


backup as per the requirement
9 Weather Proof box

10nos
10nos

10 21 Meter Tower or as per the actual


requirement of the site.
11 Poles

02nos
10nos

12 Cable /Connectors/PVC

1500nos

13 ITC Charges (Installation, Training


and Commissioning)
B Sub Total of Part B-DCT-Okhla

Lumpsum

C Add: AMC for Four Years for Part AICD-DDL


D Add: AMC for Four Years for Part BDCT-Okhla
E Grand Total including all taxes,
covering warranty support for 1
year and 4 years AMC support
after warranty for both the
locations.
E = A + B+C+D
*Payment will be released on the basis of actual usages of the quantity as
verified by the CONCOR officials.
Note: Payment will be done on the basis of actual bill of quantity verified by
CONCOR representative or officials. Taxes will be paid, as applicable. Price
quoted above are inclusive of all incidental charges and CONCOR will bear no
liability towards the same. No request for the change of price shall be
entertained after CONCOR accepts the offer.
SIGNATURE OF TENDERER
WITH SEAL/STAMP
Total value of the contract = .....

I)

It is hereby certified that we have understood the Instructions to Tenderers and


also the General Conditions of Contract attached to the tender and have
thoroughly examined specifications, quoted in the Schedule of Requirements and
are thoroughly aware of the nature of stores & services required and our offer is

Page 37 of 47

II)

III)

to supply stores & services strictly in accordance with the requirements and
according to the terms of the tender. We agree to abide solely by the General
Conditions of Contract and other conditions of the tender in accordance with the
tender documents if the contract is awarded to us.
We hereby agree to offer services detailed above or such portion thereof, as you
may specify in the acceptance of tender at the price quoted and agree to hold
this offer open for acceptance for a period of 120 days from the date of opening
of tender. We shall be bound by the communication of acceptance despatched.
Earnest Money for an amount equal to .is
enclosed in the form specified in Instructions to Tenderers.

Dated

Signature and seal of Bidder


Note:
i. The offer must be submitted as per this Performa. The tenderer may use his
letterhead to submit his offer.
ii. No erasures or alternations in the text of the offer are permitted. Any correction
made in offer shall be initialled by the tenderer.
iii. AMOUNT FIGURES should be both in figures and words.
At the time of opening of price bid, arithmetic errors will be rectified on the
following basis:
If there is a discrepancy between the unit price and the total price,
which is obtained by multiplying the unit price with quantity, the unit
price shall prevail and the total price shall be corrected.
If there is a discrepancy between the words and figures, the amount in
words shall prevail.
If the bidder does not accept the correction of errors, its bid will be
rejected and the earnest money forfeited.
(iv)Service Tax, etc. shall be reimbursed on submission of proof of having actually
paid the same.
(v) The change in government levies like WCT shall be reimbursed/deducted based on
the
actual difference of the duty on the date of agreement and later date on the
production of actual proof of the payment.

Page 38 of 47

ANNEXURE-1
STATEMENT OF DEVIATIONS
PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS
The following are the particulars of deviations from the requirements of the tender
documents.
S.NO

CLAUSE

DEVIATION

REMARKS
(Including justification)

..
Signature and seal of the Tenderer
Note: Where there is no deviation, the statement should be returned duly
signed with an endorsement indicating No Deviations.

Page 39 of 47

ANNEXURE-2
BANK GUARANTEE FOR CONTRACT PERFORMANCE

(To be stamped in accordance with Stamp Act)


(The non-judicial Stamp Paper should be in the name of issuing bank)

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE


GUARANTEE BOND
Ref:.
Date..
Bank Guarantee No..
To,
The Executive Director, Northern Region
Container Corporation of India Limited,
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi -110020

WHEREAS (Name of Supplier) hereinafter called


the Supplier has undertaken, in pursuance of Contract No dated
. 2013 to supply (Description of
Goods and Services) hereinafter called the Contract,
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier
shall furnish you with a Bank Guarantee by a recognised Bank for the sum specified
therein as security for compliance with the Suppliers performance obligations in
accordance with the Contract,
AND WHEREAS we have agreed to give the Supplier a Guarantee,
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Supplier, up to a total of (amount of the Guarantee in
Words and Figures) and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of. (Amount of Guarantee) as
aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the .. day of . 2014.
Signature and seal of Guarantors
Date. 2013
Address..

Page 40 of 47

ANNEXURE-3
CONTRACT FORM
THIS AGREEMENT made the ..........day of ............., 200....... between
________________ (Name of CONCOR) of.............(Address of CONCOR) (hereinafter
"CONCOR") of one part and.................(Name of Supplier) of .............(Address of
Supplier) (hereinafter "the Supplier") of the other part:
WHEREAS CONCOR is desirous that certain supply of services should be provided by
the Supplier, viz,.............................(Brief Description of Services) and has accepted a
bid by the Supplier for the supply of services in the sum of................(Contract Price in
Words and Figures) (hereinafter "the Contact Price")
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.
2.

In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the Conditions of Contract referred to.
The following documents shall be deemed to form and be read and construed
as part of this Agreement, viz:
(a)
(b)
(c)
(d)

the Bid Form and Price Schedule submitted by the Bidder;


the Technical Specifications;
the General Conditions of Contract;
CONCOR's Notification of Award.

3. In consideration of the payments to be made by CONCOR to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with CONCOR to provide the
Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
4. CONCOR hereby covenants to pay the Supplier in consideration of the provision of
services and the remedying of defects therein, the Contract Price or such other sum
as
may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said.............................. (For CONCOR)
In the presence of........................................
Signed, Sealed and Delivered by the said.............................. (For the Successful
bidder)
In the presence of........................................

Page 41 of 47

ANNEXURE-4
Authorization Letter Format for CCTV (To be executed on OEM letter head)
OEM Ref No.:-

Dated:-

To,

The Executive Director, Northern Region


Container Corporation of India Limited,
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi -110020

Sub: Authorization to System Integrator for below mentioned tender.


Tender Name & No. _________________________ Dated_________
Dear Sir,
This is with reference to your above tender enquiry, we certify that M/s
____________________________
having
there
registered
office
at
____________________________ is an authorized partner to bid against your
tender enquiry referred above on behalf of us.
We confirm that the CCTV equipments supplied by system integrator will be
supported by us, for the next 5 years from the date of installation & commissioning.
Thanking You,

(Seal & Stamp with date)

Page 42 of 47

ANNEXURE-5
Authorization Letter Format for Wireless (To be executed on OEM letter head)
OEM Ref No.:-

Dated:-

To,

The Executive Director, Northern Region


Container Corporation of India Limited,
(A Govt. of India Undertaking),
Inland Container Depot,
Tughlakabad,
New Delhi -110020

Sub: Authorization to System Integrator for below mentioned tender.


Tender Name & No. _________________________ Dated_________
Dear Sir,
This is with reference to your above tender enquiry, we certify that M/s
____________________________
having
there
registered
office
at
____________________________ is an authorized partner to bid against your
tender enquiry referred above on behalf of us.
We confirm that the wireless equipments supplied by system integrator will be
supported by us, for the next 5 years from the date of installation & commissioning.
Thanking You,

(Seal & Stamp with date)

Page 43 of 47

ANNEXURE-6
Check List for Qualification/eligibility criteria and documents to be submitted along
with the bid (Yes/No column to be filled by bidder):S.
No.

Description

Tender Document cost `2,500/plus 5% VAT


EMD `1,50,000/Minimum Average annual turnover above
`2,00,00,000/- during last three financial
years of FY10-11, FY11-12 & FY12-13.
Minimum Three years experience in field of
Wireless CCTV sales, installation,
maintenance.
Experience with respect to similar nature of
work executed during previous 36 months
from the tender opening date (Single work of
` 47.48 Lakhs or multiple works
amounting to ` 71.20 Lakhs)
Sales Tax /VAT/TIN NO/Service Tax
Registration NO
Tender Document copy/format signed and
stamped by the bidder on each page
Certificate/ Letter of authorization from OEM
for this specific tender (as per para
mentioned in qualification eligibility criteria
page of this tender document)
Data Sheet of OEM for all equipment.

2
3
4

6
7
8

9
10

Documentary
Proof Enclosed
(Yes/No)

Certification of WPC-ETA for equipments


as applicable.

Page 44 of 47

Remarks, If any

ANNEXURE-7
21 Meter Tower Diagram, Specification

15 Meter Tower Diagram, Specification


Will be same as per above diagram only, except the size of the tower.

Page 45 of 47

ANNEXURE-8, Part-I
Layout Diagram for Wireless IP Based CCTV Surveillance System at
ICD/DDL, Ludhiana Punjab:

Page 46 of 47

ANNEXURE-8, Part-II
Layout Diagram for Wireless IP Based CCTV Surveillance System at
DCT/Okhla, New Delhi:

Page 47 of 47

You might also like